Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

D -- Ammendment to Reverse Auction Sources Sought. *For a copy of the Draft PWS or to submit questions please e-mail Ms. Jenniffer Vazquez jenniffer.vazquez@us.army.mil or Ms. Raineye Holmes raineye.holmes@us.army.mil.

Notice Date
3/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
454112 — Electronic Auctions
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sam Houston, ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W91QED90580204RA
 
Response Due
3/19/2009
 
Archive Date
5/18/2009
 
Point of Contact
Jenniffer M. Vazquez, 210-221-3041<br />
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on specific questions related to the requirement detailed in the DRAFT Performance Work Statement. Feedback is encouraged and appreciated. MICC Center Fort Sam Houston seeks to streamline the acquisition process by taking advantage of innovative e-procurement technologies that will assist MICC in leveraging limited resources, reducing administrative tasks and associated labor costs that will result in cost savings by MICC, while ensuring acquisition regulatory compliance. The resultant service is expected to maintain high levels of competition, obtain reasonable prices and meet socioeconomic goals. The NAICS contemplated for reverse auction services is 454112 with a size standard of $25M. However, respondents may identify other potential NAICS codes. The intent of this sources sought is to identify the current capabilities of industry, to include large and small business. As such, all eligible large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought synopsis. MICC Center Fort Sam Houston is seeking to identify qualified and responsible sources to provide web-enabled capabilities to purchase commodities and services through reverse auction services. Services shall permit approximately 42 Army Contracting offices at various locations to conduct real-time competed auctions for all types of contract actions at unlimited dollar amounts, to include supplies, simple services and minor construction (IT and office supplies excluded). The service provider shall have technical capability to provide reverse auctioning services to include all necessary website management, operations, client training, client support services, and reports required. Respondents to this notice shall provide their companys capability to provide reverse auction services, comments on the draft Performance Work Statement and answers to the questions contained herein. Prospective service providers shall provide an explanation of how services work; whether a cost is involved; and if so, who pays that cost. Respondents are encouraged to address whether reverse auction services can be reimbursed based upon seller paid transaction fees. Respondents shall provide name and address of firm, size of business, average annual revenue for the past three years and number of employees; type of business (Hubzone, Woman owned, Service Disabled Veteran, 8(a), etc.,) and past performance documentation of same/similar work. The preliminary market research results gathered under this survey will be used for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of this sources sought survey. This Is Not a Solicitation. If and when a solicitation is issued, it will be posted on www.fedbizopps.gov. It is the respondents responsibility to monitor this site for the release of any synopsis or solicitation. ANTICIPATED PERIOD OF PERFORMANCE Base Period 1 June 2009 31 May 2010 (12 mo) 1st Option Period 1 June 2010 31 May 2011 (12 mo) 2nd Option Period 1 June 2011 31 May 2012 (12 mo) 3rd Option Period 1 June 2012 31 May 2013 (12 mo) 4th Option Period 1 June 2013 31 May 2014 (12 mo) REQUIREMENTS: Refer to the Attached DRAFT Performance Work Statement. *For a copy of the Draft PWS or to submit questions please e-mail Ms. Jenniffer Vazquez jenniffer.vazquez@us.army.mil or Ms. Raineye Holmes raineye.holmes@us.army.mil. INFORMATION REQUESTED TO BE SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT: It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached PWS. A generic capability statement is not acceptable. All responses shall include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address and the title of the Sources Sought Notice and PWS you are applying to. Additionally, please respond to the questions listed below. (1) Provide your company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; (2) Provide prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (3) Identify resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the site specified; (4) Provide a statement regarding capability to meet surge demand especially as related to the roll-out of the reverse auction service to approximately 45 autonomous procurement offices and training for all of these offices; Ft Benning/Georgia Ft Bliss/Texas Ft Bragg/North Carolina Ft Campbell/Kentucky Ft Gordon/Georgia Ft Hood/Texas Ft Irwin/California Ft Jackson/South Carolina Ft Knox/Kentucky Ft Polk/Louisianna Ft Rucker/Alabama Ft Sill/Oklahoma Ft Stewart/Georgia MICC Ctr-Ft McPherson/Georgia MICC Ctr-Ft Sam Houston/Texas White Sands Missile Range/New Mexico Yuma Proving Ground/Arizona ARCC-Western Region/California Fort McCoy DOC/Wisconsin Carlisle DOC/ Pennsylvania Fort Lee DOC/Virginia Fort Dix DOC/New Jersey Aberdeen DOC/Maryland Dugway DOC/Utah West Point DOC/New York National Defense University DOC Fort Leavenworth DOC/Kansas Fort Drum DOC/New York Fort Eustis DOC /Virginia CDCC DOC Ft Belvoir/Virginia Fort Lewis DOC/Washington State Riley DOC/Kansas Fort Leonardwood DOC/Missouri Fort Carson/Colorado AP Hill/Virginia Fort Myer/Virginia Fort Meade/Maryland Fort Hamilton/New York Presidio of Monterey/California Fort Huachuca/Arizona US Army South/Texas & FL (5) State whether your company will be performing the majority (51% or more of the work); (6) State your companys ability to begin performance upon contract award; The capability statement package shall be sent by e-mail to Jenniffer Vazquez, (210) 221-3041 jenniffer.vazquez@us.army.mil and to Ms. Raineye Holmes (210)221-4060 raineye.holmes@us.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. (CST) on Mar 19, 2009. *For a copy of the Draft PWS or to submit questions please e-mail Ms. Jenniffer Vazquez jenniffer.vazquez@us.army.mil or Ms. Raineye Holmes raineye.holmes@us.army.mil. ****Reverse Auction Sources Sought Clarification Information**** Can you clarify whether the 10-page capabilities statement package must include the responses to the 6 questions listed in the sources sought announcement as well as any comments regarding the draft PWS? If not, are there limitations on the length of the document containing comments and question responses? The 10-page capabilities statement package does not include the responses to the 6 questions listed in the sources sought announcement. It also does not include comments regarding the Draft PWS. There are no limitations on the length of the document containing questions and comments. Response Date- I am writing to confirm the response date for this solicitation. I believe the first page of the posting has a response date of March 19th but the text within the document says a response is due by March 18th. Thank you for the clarification. This is a sources sought notice, it is not a solicitation. The responses are due by 4:00PM Central Time on March 19, 2009. Can the capabilities statement package be sent via email or does it need to be in hard copy? If it needs to be in hard copy can we send in an email package by 4:00 and have a hard copy postmarked by 4:00? Per the Sources Sought Notice the capability statement package shall be sent via e-mail to the points of contact listed on said notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc6cf3a0d2af8066b88fec2fba950291&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command Center Ft. Sam Houston 2107 17th Street, Bldg. 4197 Suite 15 Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01770881-W 20090319/090317215920-fc6cf3a0d2af8066b88fec2fba950291 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.